St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

Size: px
Start display at page:

Download "St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985)"

Transcription

1 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President February 26, 2014 Please find the following addendum to the below mentioned BID. Addendum No.: 1 Bid #: Project Name: St. Tammany Parish Government Koop Complex Renovations of Building A Bid Due Date: Monday, March 17 th, 2014 Specifications for the subject work are hereby modified as follows: MODIFICATIONS/CHANGES: 1. Reference Specification Section NOTICE TO BIDDERS a. Change Pre bid date to March 7, This Addendum forms a part of the Contract Documents and modifies, amends, supplements and/or clarifies the original Bid Documents dated February 14, 2014, only to the extent specifically stated herein. Where changes in workmanship or materials are made, they shall take precedence over original Specifications; changes apply to both Drawings and Specifications, whether specifically stated or not. Any changes which may affect the proper installation of construction materials or fixtures not mentioned must be brought to the attention of the Architect prior to submission of Bid; otherwise, conditions later found to exist shall be worked out in a workmanlike manner without additional cost. Bidders are required to acknowledge receipt of this Addendum in the space(s) provided on the Proposal Form. Failure to do so may require rejection of Bid. << End of Addendum #1 >> Page 1 of 1

2 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President March 6, 2014 Please find the following addendum to the below mentioned BID. Addendum No.: 2 Bid #: Project Name: St. Tammany Parish Government Koop Complex Renovations of Building A Bid Due Date: Monday, March 17 th, 2014 GENERAL INFORMATION/MODIFICATIONS: 1. ADD - Insurance Requirements - STP Government Koop Complex Renovations Building (A)(attached) ATTACHMENTS: 1. Insurance Requirements STP Government Koop Complex Renovations Building (A).pdf << End of Addendum #2 >> Page 1 of 1

3 INSURANCE REQUIREMENTS* Construction Project: STP Government Koop Complex - Renovations Building (A) Project No.: These requirements modify portions of the insurance language found in the General Conditions and/or Supplementary General Conditions; however, there is no intention to remove all sections pertaining to insurance requirements and limits set forth in the General Conditions and/or Supplementary General Conditions, only to amend and specify those items particular for this Project. A. The Provider shall secure and maintain at its expense such insurance that will protect it and St. Tammany Parish Government (the Parish ) from claims for bodily injury, death or property damage as well as from claims under the Workers Compensation Acts which may arise from the performance of services under this agreement. All certificates of insurance shall be furnished to the Parish and shall provide that insurance shall not be canceled without thirty (30) days prior notice of cancellation given to the Parish, in writing, on all of the required coverage. Where possible, all policies and notices should name the Provider and the Parish. The Provider shall make its policies available for review and examination by The Parish as may be reasonably requested. B. All policies must provide for and certificates of insurance must indicate the following: 1. Waiver of Subrogation: The Provider's insurers will have no right of recovery or subrogation against the Parish of St. Tammany, it being the intention of the parties that all insurance policy(ies) so affected shall protect both parties and be the primary coverage for any and all losses covered by the below described insurance. Policy endorsements required for all coverages. 2. Additional Insured: St. Tammany Parish Government shall be named as additional named insured with respect to general liability, automobile liability and excess liability coverages as well as marine liability, pollution/environmental liability, when coverages are required or necessary. Policy endorsements required. 3. Hold Harmless: Provider s liability insurers shall evidence their cognizance of the Hold Harmless and Indemnification in favor of St. Tammany Parish Government by referencing same on the face of the Certificate(s) of Insurance. 4. Payment of Premiums: The insurance companies issuing the policy or policies shall have no recourse against St. Tammany Parish Government for payment of any premiums or for assessments under any form of policy. 5. Deductibles: Any and all deductibles and/or self-insured retentions in the described insurance policies shall be assumed by and be at the sole risk of the Provider and shall be indicated on the Certificate of Insurance. Deductibles and/or self-insured retentions exceeding $100,000 must be approved through the St. Tammany Parish Office of Risk Management. The Parish may require Provider to produce evidence of verifiable financial ability to satisfy its deductibles and/or self-insured retentions; however, the Parish assumes no liability or obligation as a result of its examination, acceptance, or rejection of said information presented. The Parish shall have the sole discretion to accept or reject deductibles and/or self-insured retentions exceeding $100,000 as it deems appropriate. 6. Project Reference: The project(s) and location(s) shall be referenced in the comment or description of operations section of the Certificate of Insurance (Project ##-###, or Bid # if applicable, Type of Work, Location). C. Provider shall provide at its own expense, proof of the following insurance coverage required by the contract to St. Tammany Parish Government by insurance companies authorized to do business in the State of Louisiana. Insurance is to be placed with insurers with an A.M. Best rating of no less than A-, Category VII. The insurance coverages checked ( ) below are those required for this Contract.* Provider shall secure and present proof of such insurances on the form or forms acceptable to St. Tammany Parish Government, Office of Risk Management no later than the time of submission of the Contract to the Parish. However, should any work performed under this Contract by or on behalf of Provider include exposures that are not covered by those Insurance Requirements STP Koop Complex - Renovations Building (A)

4 insurance coverages checked below, Provider is not relieved of its obligation to maintain appropriate levels and types of insurance necessary to protect it, its agents and employees, its subcontractors, St. Tammany Parish Government (Owner), and all other interested third parties, from any and all claims for damage or injury in connection with the services performed or provided throughout the duration of this Project, as well as for any subsequent periods required under this Contract. 1. Commercial General Liability insurance with a Combined Single Limit for bodily injury and property damage of at least $1,000,000 per Occurrence/$2,000,000 General Aggregate/Products-Completed Operations Per Project. The insurance shall provide for and the certificate(s) of insurance shall indicate the following coverages: a) Premises - operations; b) Broad form contractual liability; c) Products and completed operations; d) Personal Injury; e) Broad form property damage; f) Explosion and collapse. 2. Marine Liability/Protection and Indemnity insurance is required for any and all vessel and/or marine operations in the minimum limits of $1,000,000 per occurrence/ $2,000,000 per project general aggregate. The coverage shall include, but is not limited to, the basic coverages found in the Commercial General Liability insurance and coverage for third party liability Business Automobile Liability insurance with a Combined Single Limit of $1,000,000 per Occurrence for bodily injury and property damage, and shall include coverage for the following: a) Any automobiles; or b) Owned automobiles; and c) Hired automobiles; d) Non-owned automobiles; e) Uninsured motorist. Workers Compensation/Employers Liability insurance: workers compensation coverage as required by State law; employers liability limits shall be a minimum of $1,000,000 each accident, $1,000,000 each disease, $1,000,000 disease policy aggregate and shall include coverage under the USL&H Act, Jones Act and/or Maritime Employers Liability (MEL) when water activities are expected to be performed in connection with this project. Coverage for owners, officers and/or partners in any way engaged in the Project shall be included in the policy and a statement of such shall be made by the insuring producer on the face of the certificate. Pollution Liability and Environmental Liability Insurance in the minimum amount of $1,000,000 per occurrence $2,000,000 aggregate providing full contractual liability and third party claims coverage for bodily injury, property damage, defense, and cleanup as a result of pollution and environmental conditions (sudden/accidental and gradual) arising from contracting operations performed by or on behalf of the contractor. If coverage is provided on a claims-made basis, coverage will at least be retroactive to the earlier of the date of this Contract or the commencement of contractor services in relation to the Work and the policy will offer an extended discovery clause of at least three years. If written either on an occurrence or claims made basis, this coverage will be maintained through the renewal of this insurance to cover a loss arising out of the completed operations of the insured for a period of at least 3 years after the work is accepted as complete by the property owner or this contract is terminated. 6. Contractor s Professional Liability (errors and omissions) insurance in the sum of at least One Million Dollars ($1,000,000) per claim with Two Million Dollars ($2,000,000) annual aggregate is required when work performed by Contractor or on behalf of Contractor includes professional or technical services including, but not limited to, construction administration and/or management, engineering services such as design, surveying, and/or inspection, technical services such as testing and laboratory analysis, and/or environmental assessments. An occurrence basis policy is preferred. A claims-made form may be acceptable by the Parish under the following conditions: 1) the retroactive date must be placed prior to or coinciding with the effective date of the Contract, or prior to the commencement of any Insurance Requirements STP Koop Complex - Renovations Building (A)

5 services provided by the Contractor on behalf of the Parish, whichever is earlier; AND 2) certification is provided that the liability policy contains an Extended Reporting Period tail providing continuation of coverage for at least twenty-four (24) months following the completion of Contractor s services/work Owners Protective Liability (OPL) (formerly Owners and Contractors Protective Liability (OCP) Insurance) shall be furnished by the Contractor naming St. Tammany Parish Government as the Named Insured and shall provide coverage in the minimum amount of $1,000,000 CSL each occurrence $2,000,000 aggregate. Any project valued in excess $3,000,000 shall be set by the Office of Risk Management. The policy and all endorsements shall be addressed to St. Tammany Parish Government, Office of Risk Management, P O Box 628, Covington, LA Builder s Risk Insurance written on an all-risk or equivalent policy form shall be furnished by Contractor and carried which said insurance shall be in the full value, plus the value of subsequent Contract modifications, if any, and cost of materials supplied or installed by others, comprising 100% total value. Deductibles should not exceed $5,000 and Contractor shall be responsible for any and all policy deductibles. This insurance shall cover portions of the work stored off the site, and also portions of the work in transit. In addition, Installation Floater Insurance, on an all-risk form, will be carried on all pumps, motors, machinery and equipment on the site or installed. Both the Builder s Risk Insurance and the Installation Floater Insurance shall include the interests of the Owner, Contractor, Subcontractors, and Subsubcontractors and shall terminate only when the Project has been accepted. St. Tammany Parish Government, P. O. Box 628, Covington, LA shall be the first named insured on the Builder s Risk and Installation Floater Insurance. 9. Installation Floater Insurance, on an all-risk form, shall be furnished by Contractor and carried on this project for the full value of the materials, machinery, equipment and labor for each location. The Contractor shall be responsible for any and all policy deductibles. The Installation Floater Insurance shall provide coverage for property owned by others and include the interests of the Owner, Contractor, Subcontractors, and Sub-subcontractors and shall terminate only when the Project has been accepted. St. Tammany Parish Government, P. O. Box 628, Covington, LA shall be the first named insured on the Installation Floater Insurance. 10. Excess/Umbrella Liability insurance shall be furnished by Contractor with limits of at least equal to $3,000,000 per occurrence in combined coverage on a follow form basis providing excess coverage limits on both the Commercial General Liability and Business Automobile Liability policies. (For example: if the General Liability is $1,000,000 per occurrence, then the excess policy should be at least $2,000,000 per occurrence thereby providing a combined per occurrence limit of $3,000,000.) D. All policies of insurance shall meet the requirements of the Parish prior to the commencing of any work. The Parish has the right, but not the duty, to approve all insurance policies prior to commencing of any work. If at any time, it becomes known that any of the said policies shall be or becomes unsatisfactory to the Parish as to form or substance; or if a company issuing any such policy shall be or become unsatisfactory to the Parish, the Provider shall promptly obtain a new policy, timely submit same to the Parish for approval and submit a certificate thereof as provided above. The Parish agrees to not unreasonably withhold approval of any insurance carrier selected by Provider. In the event that Parish cannot agree or otherwise authorize said carrier, Provider shall have the option of selecting and submitting new insurance carrier within 30 days of said notice by the Parish. In the event that the second submission is insufficient or is not approved, then the Parish shall have the unilateral opportunity to thereafter select a responsive and responsible insurance carrier all at the cost of Provider and thereafter deduct from Provider's fee the cost of such insurance. E. Upon failure of Provider to furnish, deliver and/or maintain such insurance as above provided, this contract, at the election of the Parish, may be forthwith declared suspended, discontinued or terminated. Failure of the Provider to maintain insurance shall not relieve the Provider from any liability under the contract, nor shall the insurance requirements be construed to conflict with the obligation of the Provider concerning indemnification. F. Provider shall maintain a current copy of all annual insurance policies and agrees provide same to the Parish on an annual basis or as may be reasonably requested. Provider further shall ensure that all insurance policies are maintained in full force and effect throughout the duration of the Project and shall provide the Parish with annual and renewal certificates of insurance evidencing continued coverage, without any prompting by the Parish. Insurance Requirements STP Koop Complex - Renovations Building (A)

6 G. It shall be the responsibility of Provider to require that these insurance requirements are met by all contractors and subcontractors performing work for and on behalf of Provider. Provider shall further ensure the Parish is named as an additional insured on all insurance policies provided by said contractor and/or sub-contractor throughout the duration of the project. H. Certificates of Insurance shall be issued as follows: St. Tammany Parish Government Attn: Risk Management P O Box 628 Covington, LA To avoid contract processing delays, be certain the project name/number is included on all correspondence including Certificates of Insurance. *NOTICE: St. Tammany Parish Government reserves the rights to remove, replace, make additions to and/or modify any and all of the insurance requirements at any time. For inquiries regarding insurance requirements, please contact: St. Tammany Parish Government Office of Risk Management P O Box 628 Covington, LA Telephone: Fax: riskman@stpgov.org Insurance Requirements STP Koop Complex - Renovations Building (A)

7 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President March 12, 2014 Please find the following addendum to the below mentioned BID. Addendum No.: 3 Bid #: Project Name: St. Tammany Parish Government Koop Complex Renovations of Building A Bid Due Date: Monday, March 17 th, 2014 GENERAL INFORMATION/CLARIFICATIONS: A. General Clarifications 1. Q Who pays for the building permit? A Reference Supplementary General Conditions paragraph General Contractor is responsible for the Building Permit 2. Q What are the LD s on this project? A Reference Supplementary General Conditions paragraph Liquidated Damages are $ per day. 3. Q What is the construction of the existing slab? A See attached sketch AD3.A14 which shows the existing slab construction. 4. Contractor shall provide all necessary wire, cables, conduits and outlet boxes for a proper and complete installation for the door access system. Contractor shall provide a dedicated circuit for each control panel. Dedicated circuit shall be connected to a 20A/1P breaker in the nearest branch circuit panel. Contractor shall provide connections for all fire alarm hold open devices and connection for the door lock release to the fire alarm control panel. The contractor is responsible for providing all necessary materials for a turn-key door access control system. Coordinate installation with the door hardware provider. 5. Owner will select and pay for testing and inspection services. Page 1 of 10

8 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President CHANGES/MODIFICATIONS: B. Specifications for the subject work are hereby modified as follows: 1. Reference Notice to Bidders, a. The attached Mandatory Pre-Bid Conference Attendance Sheet is being included for reference by Bidders. 2. Reference Specification Section SUMMARY, a. 1.4.A.2.a Change to read: Base Bid: The Base Bid portion of this project includes the remodeling of approximately 15,200 sf of interior space, including a 120 sf exterior addition. The work will be completed in a single phase with a Construction time of 130 days. b. Delete paragraph 1.4.A.2.a(1) 3. Reference Specification Section ALLOWANCES, a. 3.3 (A) Change to read: Allowance No. 1: $5,000 for casework in Workroom 153. b. 3.3 (B) Change to read: Allowance No. 2: $3,000 for Room Signage. c. Allowance No. 3: $5, for added VCT flooring demolition. A unit price per s.f. will be submitted by the Low Bidder prior to Contract signing. d. Any allowance not fully used will be credited back to the Owner by deductive Change Order. 4. Reference Specification Section Division A PROJECT SIGNS, a. Sign graphics to be provided to Low Bidder once Contract is signed. 5. Reference Specification Section DOOR HARDWARE, a. Delete previously issued Specification Section Door Hardware. b. Add attached Specification Section Door Hardware Addendum No Reference Specification Section HVAC SYSTEMS, a. Page Under Temperature Controls, add the following clarifications: The building has an existing Building Automation System (BAS) that is under a maintenance contract. Only installers certified to work on the existing ASI system shall submit a bid. All new equipment as well as all modifications done to the system shall be in strict accordance with ASI requirements. All new and relocated controllers, temperature sensors, pressure switches, etc. shall be compatible with the ASI system. At the end of the project, all controls shall be calibrated and brought to proper operating condition including all VAV controllers. b. Page Under Testing and Balancing, add the following clarifications: At the end of the project, all new and existing air conditioning systems shall be balanced. This includes new and existing diffusers, VAV terminals, air units, exhaust fans, etc. Page 2 of 10

9 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President 7. Reference Specification Section LIGHTING FIXTURES, a. Part 2.2: Master lighting control panel shall be controlled existing building automation system. Contractor shall provide all materials for a turn-key lighting control system. 8. Reference Specification Section SPECIAL SYSTEMS, a. Remove Wiring Diagram. b. All references to Category 6 cabling shall be changed to Category 5E. Category 6 cabling will be priced under alternate number 3. c. Sheet to : Remove Wiring Diagram. All references to 568-B configuration should be changed to 568-A. d. Add the following Part 4: PART 4 TELEVISION DISTRIBUTION SYSTEM T.V. DISTRIBUTION SYSTEM Contractor shall provide Cable T.V. outlets as shown on the plans. Contractor shall wire the building complex with TV wire as shown and run all the coaxial cable to the backboard as shown in the drawings. Wire shall be West Penn #RG11 from backboard to backboard and RG6 from backboard to outlet. Contractor shall provide and install the wire with Blonder Tongue multi-taps, amplifiers, and splitters as required, to provide, a complete system that is connected to the buildings T.V. system. 9. Reference Insurance Requirements a. Insurance requirements have been revised. Bidders should replace with the attached Insurance Requirements. C. Plans for the subject work are hereby modified as follows: 1. Reference Architectural Drawing A1.0, a. 1/A1.0 revise sidewalk and parking lot striping per attached sketch AD3.A Reference Architectural Drawing A1.1, a. 1/A1.1 revise detail per attached sketch AD3.A12. b. 3/A1.1 revise detail per attached sketch AD3.A Reference Architectural Drawing A2.0, a. 1/A2.0 Delete any reference to Demolition Phase 1 & 2. All demolition to be single phase. b. Revise plan per attached sketch AD3.A10. c. Delete Key Note #5. d. Key Note #22 delete reference to See 5/A3.0. Page 3 of 10

10 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President 4. Reference Architectural Drawing A2.0, A4.2, and A6.1, a. Rooms 103, 104, 125 and 126. A2.0 all existing wall, floor and ceiling material to be removed down to the supportive structures and prepped for installation of new wall, floor and ceiling materials per drawings A4.2 and A Reference Architectural Drawing A2.1, a. 1/A2.1 Revise Key Note #2 to read: Infill existing opening with 3-5/8 inch or 6 inch metal studs to match existing. Full width acoustical insulation and 1 layer of 5/8 inch gypsum board on each side, Verify stud size in field. b. Delete Key Note #7. c. Revise plan per attached sketch AD3.A1 and AD3.A3 d. Add note: General Contractor to protect all finishes in existing Corridor 101 and Lobby 100. Any damages to be repaired at General Contractor expense. Clean, strip and wax with 5 coats, all corridor and lobby VCT at the completion of the work. e. Revise Key Note #6 to read: Existing 3-7 x 5-7 interior storefront relocated to this location. Coordinate height with Owner. 6. Reference Architectural Drawing A2.2, a. 1/A2.1 Change reference to 1/A2.2 b. 1/A2.2 Change phase designation to Phase 1. c. Restroom 188: Remove existing glass and replace with new obscure glass. d. 1/A2.2 Revise Key Note #2 to read: Infill existing opening with 3-5/8 inch or 6 inch metal studs to match existing. Full width acoustical insulation and 1 layer of 5/8 inch gypsum board on each side. Reference partition types for stud size. 7. Reference Architectural Drawing A4.0, a. 2/A4.0 Revise per attached sketch AD3.A5 8. Reference Architectural Drawing A4.2, a. Room 181 Change floor finish to CPT-1. b. Room 182 Change floor finish to CPT-1. c. Room 186 finishes to match Room 172. d. 1/A4.2 Revise Key Note #2 to read: Infill existing opening with 3-5/8 inch or 6 inch metal studs to match existing. Full width acoustical insulation and 1 layer of 5/8 inch gypsum board on each side, Verify stud size in field. e. Room 120 Change wall finish to GB-1/P-1. f. Room 120 Change ceiling finish to ACT-1. Color of ceiling tile and grid to be black. g. Room 102 Change ceiling finish to ACT-1. h. Room 114A and 114B Finishes to match Room 114. i. Reference Finish Code Legend for Lobby 100. Change wall designation to P-1 and P-3. j. Reference Finish Code Legend for Corridor 101. Change wall designation to P-1 and P-3. Page 4 of 10

11 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President 9. Reference Architectural Drawing A6.1, a. Add furr down details per sketch AD3.A9. b. Revise reflected ceiling plan in Room 102 and 120 per attached sketch AD3.A4. c. Revise reflected ceiling plan in Room 114 and 123/121 per attached sketch AD3.A2. d. Clarification to Key Note #7: Contractor to install Owner furnished studio lighting grid. There are 24 connection rods to be furnished by the Owner s Vendor that will extend to the structure above. In additions, there will be four wall braces furnished. 10. Reference Architectural Drawing A8.1, a. Door Schedule: i. See attached sketch AD3.A6, AD3.A7, AD3.A8 b. Window Schedule and Types: i. See attached sketch AD3.A8 c. Referenced wall partitions to extend to underside of structure. Existing building eave height is 14-0 and the roof slopes 1/ Reference Mechanical Drawing M1.2, a. At Mini Split Air Conditioning System Schedule change A/C-1, A/C-2, & A/C-3 Air Handling Unit model No. to MSY-D36NA-8 (No Heat) and Condensing Unit Model No. to MUY-D36NA Reference Mechanical Drawing M2.1, a. Change Specific Note 6 to read - Existing sewer lift station to be relocated. Protect throughout construction. At end of construction clean and restore lift station to proper operating condition. This shall include recalibrating controls, adjusting floats and replacing all seals, gaskets, washers, etc. as necessary to return the fixture to proper operating condition. Coordinate backfill and grass replacement with general contractor. b. Change Specific Note 5 to read - Remove all waste and water piping associated with the fixtures being relocated. Remove the existing sewer line to the lift station. Coordinate patching of the wall with General Contractor. c. In alcove between restrooms in main corridor, existing water coolers are to remain. Specific note 1 applies to these water coolers. 13. Reference Mechanical Drawing M2.2, a. At CU-7 replace specific note 2 with the following note: Exist CU-7 to be relocated. Existing concrete pad to be removed and area to be graded and sodded to match surrounding area. 14. Reference Mechanical Drawing M3.2, a. Change Specific Note 11 to read - Connect to existing cold water line and route new CW piping around Studio 120 to connect to existing CW pipe serving wall hydrant. Page 5 of 10

12 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President b. Change Specific Note 7 to read - Existing sewer lift station to be relocated to outside Restrooms 183 & 184 as close to building as possible. Contractor is responsible for locating any and all underground services prior to digging. Route new 2 forced sewer line underground to existing forced sewer line near the lift station s original location. Protect lift station throughout construction. Clean and restore lift station to proper operating condition. This shall include recalibrating controls, adjusting floats and replacing all seals, gaskets, washers, etc. as necessary to return the fixture to proper operating condition. Coordinate electrical requirements with electrical contractor. Route new full sized plumbing vent off the existing lift station into new plumbing chase and up thru roof. c. Plan 1/M3.2 - At Studio 120 ¾ CW is to be routed around Studio. No water or waste piping is run above studio. d. Plan 1/M3.2 - At Kitchen 157 provide ¾ CW down in wall to serve coffee maker and ice machine. e. Plan 2/M3.2 - At Office 182 extend the new 4 waste pipe in plumbing chase and provide a 4 wall clean out. f. Plan 3/M3.2 - At Men & Women Locker Rooms move the cold and hot water piping serving the showers to the opposite wall. Water piping and shower valve is to be located in the void space and securely mounted to wall. Provide access panels. Coordinate size and location of access panels with Architect prior to any rough-in. 15. Reference Mechanical Drawing M4.2, a. At Storage 121 add an 8 round rigid duct from VAV 8-1 to serve new diffuser in storage room. Balance diffuser to 200 CFM. Provide a 24X12 return air grille and a 12X10 duct to connect to the new 14X12 return air duct near entrance to IT Lobby 117. b. At Storage 123 Balance diffuser to 200 CFM in lieu of 250 as shown. c. At Large Server Room 102 move AHU-13 to above door on corridor wall. Rework condensate drain piping as required to suit new layout. Coordinate finial location and height of all mini split air units and ductwork with server layout. Provide shop drawing to be approved prior to any rough-in. New Mini split condensing units are to be installed on roof above Large Server Room. Mount units on parapet wall next to the existing condensing unit. Provide factory mounting brackets for wall mount. 16. Reference Mechanical Drawing M4.3, a. At Conference Room179 make the following changes. Change the lay-in diffusers to 12X12 neck size diffusers as specified for gyp board ceilings. Run a 12X8 sheet metal duct in lieu of the flex to each diffuser. b. At Conference Room167 make the following changes. Change the lay-in diffusers to 12X12 neck size diffusers as specified for gyp board ceilings. Run a 12X8 sheet metal duct in lieu of the flex to each diffuser. c. At CU-7 remove Specific note 2. Relocate CU-7 to space between CU-10 & CU-11. Provide 4 concrete pad per detail and new refrigerant piping per manufacture s specifications. Contractor shall include all costs for concrete Page 6 of 10

13 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President breaking and wall patching required to relocate CU-7. Run new refrigerant lines sized per manufacture s recommendations from air unit to condensing unit. Furnish all new pipe insulation. 17. Reference Mechanical Drawing M4.4, a. At Conference Room152 make the following changes. Change the lay-in diffusers to 15X15 neck size diffusers as specified for gyp board ceilings. Run a 15X8 sheet metal duct in lieu of the flex to each diffuser. b. At Conference Room154 make the following changes. Change the lay-in diffusers to 12X12 neck size diffusers as specified for gyp board ceilings. Run a 12X8 sheet metal duct in lieu of the flex to each diffuser. 18. Reference Mechanical Drawing M4.5, a. At Lobby 100 add the following notes. i. Base Bid - Delete the 3 new diffusers and the flex duct. New ceiling transfer grilles and ductwork to remain under Base Bid. ii. Alternate #1 - Complete all work shown in this area including the following. Replace the existing diffuser in Corridor with a 12X12 neck size diffuser as specified for gyp board ceilings. Provide 12X8 duct to connect to main supply duct serving the area. iii. Alternate #2 - Completed all work shown in this area including the following. Replace the existing diffuser in Corridor with 12X12 neck size diffuser as specified for gyp board ceilings. Provide 12X8 duct to connect to main supply duct serving the area. Change the new 200 CFM lay-in diffuser shown above the reception area to a 12X12 neck size diffusers as specified for gyp board ceilings. Run 12X8 sheet metal duct in lieu of the flex. 19. Reference Electrical Drawing E1.0, a. Add General Electrical Note 10. The note shall read: All low voltage cabling shall be included in this contract. This cabling consists of (but is not limited to) fire/smoke alarm, card reader/door access, data, television, and security devices. Security camera cabling is not the responsibility of the contractor. 20. Reference Electrical Drawing E2.1, a. Add keynote 18 in Studio 120. The keynote shall read: The contractor shall be responsible for fabricating structural supports as necessary to properly mount receptacles in ceiling. The supports shall be fabricated with unistrut. The exact mounting location shall be verified with Architect and Owner prior to installation. Care shall be taken to maintain proper working clearances for all equipment. The equipment shall be properly grounded. b. Add keynote 19. Keynote 19 shall state: Phase 1 will have a maximum of 55 data drops. Contractor shall coordinate locations with owner. c. Remove all electrical notes and symbols in Server Room 102, and reference new sheet AD3-E1 for revised layout. See Item No. X on this addendum for more information. Page 7 of 10

14 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President d. On the lighting fixture schedule, the description for the F1 type fixture should read: A total of one hundred forty-one (141) existing 2 x 4 fluorescent fixture to be cleaned, relamped, and relocated. e. Add type F8 fixture to lighting fixture schedule for exterior lighting. The model number is: RAB-WPLEDC52. f. Remove description for type F6 fixture, and replace model number with Lithonia- C to match existing F1 fixtures. g. Add type F8 fixture to the building exterior at the following locations: i. Door 160 (in Corridor 176) ii. Door 168 (in Corridor 168) iii. Door 176 (in Corridor 160) iv. Contractor shall field verify the exact mounting height and location with architect prior to installation. v. F8 fixtures for Door 160 & 168 shall be circuited together to an existing 20A/1P breaker in Panel B. If more circuits are required, add a 20A/1P breaker. vi. F8 fixture for Door 176 shall be tied into an existing exterior lighting circuit/shall be connected to a 20A/1P breaker in Panel A. If more circuits are required, add a 20A/1P breaker. h. Add Keynote 5 next to TV symbol. The Cat 6 data cabling incorporated with the smart TV will be included in alternate number 3. i. Each TV location shall have a TV outlet and data outlet. Data shall be routed to Large Server Room 102, and TV shall be routed to the Electrical Closet in Corridor 187. For data, see specifications Section Part 2. For TV, see Item X, Letter X on this addendum. Verify exact mounting heights for the outlets and adjacent receptacles prior to installation. i. Replace the twelve (12) type F8 fixtures in Studio 120 with four (4) type F1 fixtures. See architectural sketch AD3-A4 for lighting layout. j. Replace six (6) type F8 fixtures in Large Server Room 102 with six (6) type F1 fixtures. See architectural sketch AD2-A4 for lighting layout. 21. Reference Electrical Drawing E2.2, a. Add keynote 29. Keynote 29 shall state: Phase 2 will have a maximum of 55 data drops. Contractor shall coordinate locations with owner. b. Replace all type F1 fixtures in File Room 172 with type F6 fixture. c. Replace all type F1 fixtures in File Room 150 with type F6 fixture. d. Add two dedicated receptacles for vending machines on the south wall of Kitchen 157. These circuits will be connected to an existing 20A/1P breaker in Panel A. If more circuits are required, Add a 20A/1P breaker. e. Keynote 20 should read: Remove and relocate existing weatherproof receptacle for sewer lift station. Verify locations with mechanical plans prior to installation. f. Add keynote 30 adjacent to keynote 20. Keynote 30 should read: Remove and relocate existing disconnect for CU-7. Provide junction boxes and extend circuit. Verify locations with mechanical plans prior to installation. Page 8 of 10

15 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President g. In Restroom 183 and 184, the contractor shall relocate existing vanity fixture to new sink location and connect to switch in the room. 22. Reference Electrical Drawing E3.1, a. Revise Drawing per attached sketch AD3.E Reference Electrical Drawing E4.0, a. Panels PDU1, PDU2, PDU3 shall have 42 available circuit breaker locations. Relocate the main breaker from circuit designation No.1. The main breaker shall not be part of the available 42 circuits on each panel. D. PRIOR APPROVALS Listed below are manufacturers who are recognized as capable of producing products or equipment equal to those specified. Products or equipment will be considered acceptable, providing the equipment meets, or exceeds the specification requirements, fits the available space, and has the capacity and performance requirements. Lighting fixtures shall also be similar in appearance, construction, and performance (as published by an independent laboratory report). The listed (priorapproved) equipment are not given with respect to any specific model, series, catalog number, etc. Suppliers are cautioned that before their equipment is actually approved, it will be incumbent upon them to demonstrate to the architect or engineer, that the product or equipment is (in fact) equal to the requirements specified and conforms fully to all specification requirements. 1. ARCHITECTURAL SECTION MANUFACTURER CARPET TILE Mohawk Carpet Tile Bigelow Lateral Surface Modular Mohawk Carpet Tile Lees Vest Modular 2. MECHANICAL PRODUCT Fans Mini Split A/C Units Plumbing Fixtures MANUFACTURER Twin City Daikin L.G. Watts Delta Josam Powers State A.O. Smith Oatley Gerber Page 9 of 10

16 St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985) Pat Brister Parish President Centoco Speakman Western Delta Commercial Comfort Design Mansfield Chicago Faucets 3. ELECTRICAL Material/Equipment Light Fixture Type F2 F3 F4 F5 F7 EX LCP Manufacturer TMS, OCL TMS, OCL TMS, OCL Lithonia, Wila Hunter, Progress Cooper, Lithonia Lutron, ILC However, detailed brochures and the lighting layout with calculations must be submitted. The equipment must meet the requirements of the plans and specifications. It is the contractor s obligation to insure that the equipment meets the requirements of the contract documents << End of Addendum #3 >> Page 10 of 10

17

18

19

20 INSURANCE REQUIREMENTS* Construction Project: STP Government Koop Complex - Renovations Building (A) Project No.: These requirements modify portions of the insurance language found in the General Conditions and/or Supplementary General Conditions; however, there is no intention to remove all sections pertaining to insurance requirements and limits set forth in the General Conditions and/or Supplementary General Conditions, only to amend and specify those items particular for this Project. A. The Provider shall secure and maintain at its expense such insurance that will protect it and St. Tammany Parish Government (the Parish ) from claims for bodily injury, death or property damage as well as from claims under the Workers Compensation Acts which may arise from the performance of services under this agreement. All certificates of insurance shall be furnished to the Parish and shall provide that insurance shall not be canceled without thirty (30) days prior notice of cancellation given to the Parish, in writing, on all of the required coverage. Where possible, all policies and notices should name the Provider and the Parish. The Provider shall make its policies available for review and examination by The Parish as may be reasonably requested. B. All policies must provide for and certificates of insurance must indicate the following: 1. Waiver of Subrogation: The Provider's insurers will have no right of recovery or subrogation against the Parish of St. Tammany, it being the intention of the parties that all insurance policy(ies) so affected shall protect both parties and be the primary coverage for any and all losses covered by the below described insurance. Policy endorsements required for all coverages. 2. Additional Insured: St. Tammany Parish Government shall be named as additional named insured with respect to general liability, automobile liability and excess liability coverages as well as marine liability, pollution/environmental liability, when coverages are required or necessary. Policy endorsements required. 3. Hold Harmless: Provider s liability insurers shall evidence their cognizance of the Hold Harmless and Indemnification in favor of St. Tammany Parish Government by referencing same on the face of the Certificate(s) of Insurance. 4. Payment of Premiums: The insurance companies issuing the policy or policies shall have no recourse against St. Tammany Parish Government for payment of any premiums or for assessments under any form of policy. 5. Deductibles: Any and all deductibles and/or self-insured retentions in the described insurance policies shall be assumed by and be at the sole risk of the Provider and shall be indicated on the Certificate of Insurance. Deductibles and/or self-insured retentions exceeding $100,000 must be approved through the St. Tammany Parish Office of Risk Management. The Parish may require Provider to produce evidence of verifiable financial ability to satisfy its deductibles and/or self-insured retentions; however, the Parish assumes no liability or obligation as a result of its examination, acceptance, or rejection of said information presented. The Parish shall have the sole discretion to accept or reject deductibles and/or self-insured retentions exceeding $100,000 as it deems appropriate. 6. Project Reference: The project(s) and location(s) shall be referenced in the comment or description of operations section of the Certificate of Insurance (Project ##-###, or Bid # if applicable, Type of Work, Location). C. Provider shall provide at its own expense, proof of the following insurance coverage required by the contract to St. Tammany Parish Government by insurance companies authorized to do business in the State of Louisiana. Insurance is to be placed with insurers with an A.M. Best rating of no less than A-, Category VII. The insurance coverages checked ( ) below are those required for this Contract.* Provider shall secure and present proof of such insurances on the form or forms acceptable to St. Tammany Parish Government, Office of Risk Management no later than the time of submission of the Contract to the Parish. However, should any work performed under this Contract by or on behalf of Provider include exposures that are not covered by those Insurance Requirements STP Koop Complex - Renovations Building (A)

21 insurance coverages checked below, Provider is not relieved of its obligation to maintain appropriate levels and types of insurance necessary to protect it, its agents and employees, its subcontractors, St. Tammany Parish Government (Owner), and all other interested third parties, from any and all claims for damage or injury in connection with the services performed or provided throughout the duration of this Project, as well as for any subsequent periods required under this Contract. 1. Commercial General Liability insurance with a Combined Single Limit for bodily injury and property damage of at least $1,000,000 per Occurrence/$2,000,000 General Aggregate/Products-Completed Operations Per Project. The insurance shall provide for and the certificate(s) of insurance shall indicate the following coverages: a) Premises - operations; b) Broad form contractual liability; c) Products and completed operations; d) Personal Injury; e) Broad form property damage; f) Explosion and collapse. 2. Marine Liability/Protection and Indemnity insurance is required for any and all vessel and/or marine operations in the minimum limits of $1,000,000 per occurrence/ $2,000,000 per project general aggregate. The coverage shall include, but is not limited to, the basic coverages found in the Commercial General Liability insurance and coverage for third party liability Business Automobile Liability insurance with a Combined Single Limit of $1,000,000 per Occurrence for bodily injury and property damage, and shall include coverage for the following: a) Any automobiles; or b) Owned automobiles; and c) Hired automobiles; d) Non-owned automobiles; e) Uninsured motorist. Workers Compensation/Employers Liability insurance: workers compensation coverage as required by State law; employers liability limits shall be a minimum of $1,000,000 each accident, $1,000,000 each disease, $1,000,000 disease policy aggregate and shall include coverage under the USL&H Act, Jones Act and/or Maritime Employers Liability (MEL) when water activities are expected to be performed in connection with this project. Coverage for owners, officers and/or partners in any way engaged in the Project shall be included in the policy and a statement of such shall be made by the insuring producer on the face of the certificate. Pollution Liability and Environmental Liability Insurance in the minimum amount of $1,000,000 per occurrence $2,000,000 aggregate providing full contractual liability and third party claims coverage for bodily injury, property damage, defense, and cleanup as a result of pollution and environmental conditions (sudden/accidental and gradual) arising from contracting operations performed by or on behalf of the contractor. If coverage is provided on a claims-made basis, coverage will at least be retroactive to the earlier of the date of this Contract or the commencement of contractor services in relation to the Work and the policy will offer an extended discovery clause of at least three years. If written either on an occurrence or claims made basis, this coverage will be maintained through the renewal of this insurance to cover a loss arising out of the completed operations of the insured for a period of at least 3 years after the work is accepted as complete by the property owner or this contract is terminated. 6. Contractor s Professional Liability (errors and omissions) insurance in the sum of at least One Million Dollars ($1,000,000) per claim with Two Million Dollars ($2,000,000) annual aggregate is required when work performed by Contractor or on behalf of Contractor includes professional or technical services including, but not limited to, construction administration and/or management, engineering services such as design, surveying, and/or inspection, technical services such as testing and laboratory analysis, and/or environmental assessments. An occurrence basis policy is preferred. A claims-made form may be acceptable by the Parish under the following conditions: 1) the retroactive date must be placed prior to or coinciding with the effective date of the Contract, or prior to the commencement of any Insurance Requirements STP Koop Complex - Renovations Building (A)

22 services provided by the Contractor on behalf of the Parish, whichever is earlier; AND 2) certification is provided that the liability policy contains an Extended Reporting Period tail providing continuation of coverage for at least twenty-four (24) months following the completion of Contractor s services/work Owners Protective Liability (OPL) (formerly Owners and Contractors Protective Liability (OCP) Insurance) shall be furnished by the Contractor naming St. Tammany Parish Government as the Named Insured and shall provide coverage in the minimum amount of $1,000,000 CSL each occurrence $2,000,000 aggregate. Any project valued in excess $3,000,000 shall be set by the Office of Risk Management. The policy and all endorsements shall be addressed to St. Tammany Parish Government, Office of Risk Management, P O Box 628, Covington, LA Builder s Risk Insurance written on an all-risk or equivalent policy form shall be furnished by Contractor and carried which said insurance shall be in the full value, plus the value of subsequent Contract modifications, if any, and cost of materials supplied or installed by others, comprising 100% total value. Deductibles should not exceed $5,000 and Contractor shall be responsible for any and all policy deductibles. This insurance shall cover portions of the work stored off the site, and also portions of the work in transit. In addition, Installation Floater Insurance, on an all-risk form, will be carried on all pumps, motors, machinery and equipment on the site or installed. Both the Builder s Risk Insurance and the Installation Floater Insurance shall include the interests of the Owner, Contractor, Subcontractors, and Subsubcontractors and shall terminate only when the Project has been accepted. St. Tammany Parish Government, P. O. Box 628, Covington, LA shall be the first named insured on the Builder s Risk and Installation Floater Insurance. 9. Installation Floater Insurance, on an all-risk form, shall be furnished by Contractor and carried on this project for the full value of the materials, machinery, equipment and labor for each location. The Contractor shall be responsible for any and all policy deductibles. The Installation Floater Insurance shall provide coverage for property owned by others and include the interests of the Owner, Contractor, Subcontractors, and Sub-subcontractors and shall terminate only when the Project has been accepted. St. Tammany Parish Government, P. O. Box 628, Covington, LA shall be the first named insured on the Installation Floater Insurance. 10. Excess/Umbrella Liability insurance shall be furnished by Contractor with limits of at least equal to $3,000,000 per occurrence in combined coverage on a follow form basis providing excess coverage limits on both the Commercial General Liability and Business Automobile Liability policies. (For example: if the General Liability is $1,000,000 per occurrence, then the excess policy should be at least $2,000,000 per occurrence thereby providing a combined per occurrence limit of $3,000,000.) D. All policies of insurance shall meet the requirements of the Parish prior to the commencing of any work. The Parish has the right, but not the duty, to approve all insurance policies prior to commencing of any work. If at any time, it becomes known that any of the said policies shall be or becomes unsatisfactory to the Parish as to form or substance; or if a company issuing any such policy shall be or become unsatisfactory to the Parish, the Provider shall promptly obtain a new policy, timely submit same to the Parish for approval and submit a certificate thereof as provided above. The Parish agrees to not unreasonably withhold approval of any insurance carrier selected by Provider. In the event that Parish cannot agree or otherwise authorize said carrier, Provider shall have the option of selecting and submitting new insurance carrier within 30 days of said notice by the Parish. In the event that the second submission is insufficient or is not approved, then the Parish shall have the unilateral opportunity to thereafter select a responsive and responsible insurance carrier all at the cost of Provider and thereafter deduct from Provider's fee the cost of such insurance. E. Upon failure of Provider to furnish, deliver and/or maintain such insurance as above provided, this contract, at the election of the Parish, may be forthwith declared suspended, discontinued or terminated. Failure of the Provider to maintain insurance shall not relieve the Provider from any liability under the contract, nor shall the insurance requirements be construed to conflict with the obligation of the Provider concerning indemnification. F. Provider shall maintain a current copy of all annual insurance policies and agrees provide same to the Parish on an annual basis or as may be reasonably requested. Provider further shall ensure that all insurance policies are maintained in full force and effect throughout the duration of the Project and shall provide the Parish with annual and renewal certificates of insurance evidencing continued coverage, without any prompting by the Parish. Insurance Requirements STP Koop Complex - Renovations Building (A)

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT March 8, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 3 Quote#: 622-10-18-01-1 Project Name: Goodbee Well

More information

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985) St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA 70434 Phone: (985) 898-2520 Fax: (985) 898-5227 Pat Brister Parish President Please find the following addendum to the

More information

OREGON STATE UNIVERSITY

OREGON STATE UNIVERSITY OREGON STATE UNIVERSITY SUPPLEMENTAL GENERAL CONDITIONS To The PUBLIC IMPROVEMENT GENERAL CONDITIONS Project Name: Magruder Hall Hospital Expansion & Renovation The following modify the November 1, 2016

More information

MCGOUGH STANDARD INSURANCE REQUIREMENTS

MCGOUGH STANDARD INSURANCE REQUIREMENTS MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480) W.E. O NEIL CONSTRUCTION CO. OF ARIZONA INSURANCE REQUIREMENTS Project Name Project Address City, State Zip Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance

More information

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

More information

SECTION SUPPLEMENTARY CONDITIONS

SECTION SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management

More information

Subcontractor Qualification Statement

Subcontractor Qualification Statement Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

More information

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of «November» in the year «2017» (In

More information

Developer Project Guidelines

Developer Project Guidelines Developer Project Guidelines The Texas A&M University System Office of Facilities Planning and Construction November 04, 2015 Introduction The purpose of these guidelines is to explain the Office of Facilities

More information

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01 2.01 GENERAL This section contains general compliance and safety planning information to be used by design professionals and contractors in the design and construction of University facilities. The criteria

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

Listing of Events Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School

Listing of Events Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School Building Events 2004 2005 2006 2007 2008 Total Code Repair Add ventilation to storage room $ 1,000.00 $ - $ - $ - $ - $ 1,000.00

More information

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM February 7, 2014 ADDENDUM # 1 Project # 212061 Project Name: Quincy National Guard Armory Renovation FROM: Department of Military

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

APPLICATION FOR ALTERATIONS OR ADDITIONS

APPLICATION FOR ALTERATIONS OR ADDITIONS APPLICATION FOR ALTERATIONS OR ADDITIONS TO: ASSOCIATION OF APARTMENT OWNERS OF MANA KAI-MAUI RE: MANA KAI-MAUI APARTMENT # APPLICATION DATE: As the Owner of the referenced apartment (apartment) I am submitting

More information

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment. GROUP 31503 BITUMINOUS CONCRETE HOT MIX ASPHALT VPP PAGE 1 of 7 Insurance Requirements The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) A Certified Service Provider ( CSP ) must provide and maintain at its own expense, during the term of its

More information

DOCUMENT SUPPLEMENTARY CONDITIONS

DOCUMENT SUPPLEMENTARY CONDITIONS 1.1 GENERAL CONDITIONS DOCUMENT 007300 SUPPLEMENTARY CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management Edition,

More information

Letter of Instructions

Letter of Instructions Letter of Instructions Trade Contractor Prequalification Statement Please complete the following and return at your earliest convenience by email to prequal@chanen.com. 1. Trade Contractor Prequalification

More information

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders

More information

Replace Chiller System RFP 2018 Q&A

Replace Chiller System RFP 2018 Q&A Replace Chiller System RFP 2018 Q&A The Pre-Bid Meeting was held on November 6, 2018. The Pre-Bid Meeting Agenda is attached. The following are the questions received at the pre-bid meeting and via email.

More information

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR BID POLE BUILDING CONSTRUCTION IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting

More information

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS Indemnification and Insurance Clauses (to be included in Supplementary

More information

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract REQUEST FOR PROPOSALS Construction Related Services Retainer Contract ISSUE DATE: July 3, 2014 CLOSING DATE: August 31, 2016 CLOSING TIME: 5:00 PM Pacific Time {00312821;1} TABLE OF CONTENTS Page Section

More information

March 21, REQUEST FOR PROPOSAL ARCHITECTURAL / ENGINEERING SERVICES For Department of Public Works Operations Center

March 21, REQUEST FOR PROPOSAL ARCHITECTURAL / ENGINEERING SERVICES For Department of Public Works Operations Center March 21, 2018 REQUEST FOR PROPOSAL ARCHITECTURAL / ENGINEERING SERVICES For Department of Public Works Operations Center 1. INTRODUCTION The City of Jackson is interested in receiving proposals from architects

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

Dear Subcontractor, Please find enclosed the following items for your review and acceptance:

Dear Subcontractor, Please find enclosed the following items for your review and acceptance: Dear Subcontractor, Savant Construction is in the process of updating our current data base of subcontractors. Our goal is to verify that all subcontractors providing bids have the ability to meet all

More information

Invitation for Bid. Gondola Generator Enclosure Framing

Invitation for Bid. Gondola Generator Enclosure Framing Invitation for Bid Gondola Generator Enclosure Framing Purpose: The purpose of this invitation for bid (IFB) is to engage the services of a contractor to provide the necessary labor, specialized skills,

More information

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL TRELLIS @ COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT A. INSTRUCTIONS Through this Request for Proposal, TRELLIS COMMUNITY DEVELOPMENT is seeking the

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

COMPOSITE BID CONSISTING OF

COMPOSITE BID CONSISTING OF BID DOCUMENTS FOR Ontario High School Kitchen Equipment and Serving Line Remodel Submit Bids April 28, 2016 May 13, 2016 Walk through OHS 5/04/16 2:00p.m. COMPOSITE BID CONSISTING OF TABLE OF CONTENTS

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301 contractor ract and Scope of Work 15.1500 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Mechanical Furnish and install all mechanical equipment as described

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate

More information

May 22, Dear Proposed Vendor:

May 22, Dear Proposed Vendor: REQUEST FOR QUOTES FOR JANITORIAL SERVICES FOR THE CITY OF LANCASTER MAINTENANCE YARD FACILITIES QUOTE NO: 664-17 (QUOTES WILL NOT BE OPENED AND READ PUBLICLY) May 22, 2017 Dear Proposed Vendor: The City

More information

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA BID: Q17-134 TO: ALL PERSPECTIVE BIDDERS FROM: ZAKIA ALAM, PURCHASING & CONTRACTS

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

Request for Qualifications Design-Build Services for Commercial Property Improvements

Request for Qualifications Design-Build Services for Commercial Property Improvements Design-Build Services for Commercial Property Improvements Summary The Texas State Affordable Housing Corporation (the Corporation ) is seeking the services of office space planners, architects and contractors

More information

THE CLARIDGE OF POMPANO CONDOMINIUM, INC. ARCHITECTURAL REVIEW COMMITTEE REQUEST FOR MODIFICATION PART A - COMPLETED BY OWNER

THE CLARIDGE OF POMPANO CONDOMINIUM, INC. ARCHITECTURAL REVIEW COMMITTEE REQUEST FOR MODIFICATION PART A - COMPLETED BY OWNER THE CLARIDGE OF POMPANO CONDOMINIUM, INC. ARCHITECTURAL REVIEW COMMITTEE REQUEST FOR MODIFICATION PART A - COMPLETED BY OWNER I, of UNIT # request approval by the Architectural Review Committee for the

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 The contract documents for each construction project will identify the standard specifications to be used for that specific

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

Holt Public School District 5780 W. Holt Rd Holt MI

Holt Public School District 5780 W. Holt Rd Holt MI Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including

More information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

Section IV - General Conditions

Section IV - General Conditions TABLE OF CONTENTS Article Number Title Page 0 Index to General Conditions 2 1 Definitions 6 2 Preliminary Matters 9 3 Contract Documents: Intent, Amending and Reuse 11 4 Availability of Lands: Physical

More information

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1 March 7, 2017 ADDENDUM NO. 1 FOR BICYCLE MAINTENANCE AND REPAIR SERVICES SPECIFICATION NO. 174195 For which bids are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago,

More information

Attachment 1. University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES

Attachment 1. University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES Attachment 1 University System of New Hampshire USNH General Conditions of the Contract for Design-Build Version 1.3 TABLE OF ARTICLES 1. GENERAL PROVISIONS 2. OWNER 3. CONTRACTOR 4. ADMINISTRATION OF

More information

REQUEST FOR PROPOSAL. For ELECTRICAL SERVICES

REQUEST FOR PROPOSAL. For ELECTRICAL SERVICES REQUEST FOR PROPOSAL For ELECTRICAL RVICES FY 2017 (July 1, 2016 June 30, 2017) RETURN TO: Dorian Harris Housing Services Manager PCA-Housing Department 642 North Broad Street Philadelphia, PA 19130-3409

More information

ADDENDUM A. Subcontractor Insurance Requirements

ADDENDUM A. Subcontractor Insurance Requirements ADDENDUM A Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

More information

Request for Qualifications (RFQ) from Architectural/Engineering Firms

Request for Qualifications (RFQ) from Architectural/Engineering Firms Town of Windham, CT Issue Date: April 18, 2018 Bid Number: WHS 482018 To: Re: ALL PROSPECTIVE RESPONDENTS Request for Qualifications (RFQ) from Architectural/Engineering Firms The Town of Windham, CT (hereafter

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

2010 INSURANCE MANUAL

2010 INSURANCE MANUAL 2010 INSURANCE MANUAL All required insurance shall be in a form, amount, content and written by companies acceptable to the Georgia Department of Community Affairs (DCA). For identification purposes, all

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

What did they tell me?

What did they tell me? LBS Insurance Commission Oct 25, 2018 What did they tell me? Handouts from the October 25, 2018 Insurance Town Hall C R. Reynolds 1 High Level Recap of Changes for 2018-19 Deductible $5,000 -> $25,000

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY Vendors: Lee County is requesting quotes for janitorial service for the Detar Facility located at 5180

More information

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT WEST JEFFERSON LEVEE DISTRICT BID NO. 209 PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR WEST

More information

One and two family residences... $ Mobile Homes... $73.73 Commercial Building... $ All other miscellaneous applications... $44.

One and two family residences... $ Mobile Homes... $73.73 Commercial Building... $ All other miscellaneous applications... $44. EXHIBIT "A" BUILDING PERMITS, HOUSING CODE AND MOBILE HOME PERMIT FEES Page 1 of 9 I. APPLICATION FEES (Non-refundable) One and two family residences... $147.59 Mobile Homes... $73.73 Commercial Building...

More information

The Courtyards of West Hollywood Redecorating & Remodeling Agreement

The Courtyards of West Hollywood Redecorating & Remodeling Agreement The Courtyards of West Hollywood Redecorating & Remodeling Agreement The undersigned, as owner of Unit # ( Unit ), wishes to remodel/redecorate and/or make improvements or alterations to his or her Unit

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

Bridgeville School District

Bridgeville School District Bridgeville School District Request for Quotes revised* Informal quotes for project with estimated value under $15,000 *Revised October 30, 2017 to correct installation complete date deletions shown in

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE SPECIFICATIONS AND BID FORMS FOR SECURITY CAMERAS PURCHASE AND INSTALLATION BID: #15-005- BOE Due on or before 11:00 A.M. ON THURSDAY, APRIL 30, 2015 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

INVITATION FOR BID FOR INSTALLATION OF A NFPA 13 COMPLIANT WET-PIPE FIRE SPRINKLER SYSTEM FOR THE VILLAGE OF VILLA PARK FIRE DEPARTMENT

INVITATION FOR BID FOR INSTALLATION OF A NFPA 13 COMPLIANT WET-PIPE FIRE SPRINKLER SYSTEM FOR THE VILLAGE OF VILLA PARK FIRE DEPARTMENT INVITATION FOR BID FOR INSTALLATION OF A NFPA 13 COMPLIANT WET-PIPE FIRE SPRINKLER SYSTEM FOR THE VILLAGE OF VILLA PARK FIRE DEPARTMENT STATION 81 1440 S. ARDMORE STATION 82 102 W. PLYMOUTH Bids must be

More information

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 The cornerstone of a successful contractual risk transfer program is a consistent approach to Subcontractor Insurance Compliance. Structuring the Subcontractor

More information

Citylink Bus Maintenance Facility Janitorial Services

Citylink Bus Maintenance Facility Janitorial Services Invitation to Bid Citylink Bus Maintenance Facility Janitorial Services Project No. ID-2016-012-00, 2014-2015 Tribal Transit Program Bids will be received by the Citylink Public Transit System at the Citylink

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions (MARC) North Branch Canal Trail Construction Invitation to Bid Application Terms and Conditions Sealed bids for North Branch Canal Trail construction will be received by MARC at any time until Monday,

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381 CITY OF SHENANDOAH REQUEST FOR PROPOSALS for the SPECIAL EVENT TENTS CITY OF SHENANDOAH 29955 I-45 NORTH SHENANDOAH, TEXAS 77381 RESPONSES DUE MONDAY, SEPTEMBER 19, 2016 @ 10:00 AM 1 CITY OF SHENANDOAH

More information

Required Insurance Language for PRF Construction Contracts

Required Insurance Language for PRF Construction Contracts Required Insurance Language for PRF Construction Contracts When working with legal counsel to affect a construction contract for new construction or for build-outs the Office of Risk Management (ORM) requires

More information

SPECIFICATIONS FOR SALE OF INDUSTRIAL AUTOMATION CONTROL SYSTEMS & PLCS REQUEST FOR PROPOSAL 17-06

SPECIFICATIONS FOR SALE OF INDUSTRIAL AUTOMATION CONTROL SYSTEMS & PLCS REQUEST FOR PROPOSAL 17-06 SPECIFICATIONS FOR SALE OF INDUSTRIAL AUTOMATION CONTROL SYSTEMS & PLCS REQUEST FOR PROPOSAL 17-06 Return responses no later than: MONDAY, NOVEMBER 14, 2016 by 2:00PM (EST) to the Attn: Jacksonville Port

More information

Developer Project Guidelines

Developer Project Guidelines Developer Project Guidelines The Texas A&M University System Office of Facilities Planning & Construction October 11, 2018 Introduction The purpose of these guidelines is to explain the Office of Facilities

More information

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Concrete - Mildred L Day School Sprinkler and Pump Room Project Information Project 14669: RSU-21 Schools Additions and Renovations

More information

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-4897 E-mail: purchasing.rfp@miottawa.org To: All Bidders INVITATION TO

More information

Westmount Place Renovations Policy

Westmount Place Renovations Policy Conditions Precedent to the Implementation of Renovations 1. Condominium Bylaws and Regulations No renovations or modifications shall be implemented without authorization of the Board of Directors. All

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

Valley Regional Fire Authority Invitation to Bid

Valley Regional Fire Authority Invitation to Bid VRFA 16-01: General Contractor for Facility Improvements at Fire Stations 31 and 38 Responses due by 5:00 pm PST on September 14, 2016 1.0 Introduction. The Valley Regional Fire Authority (VRFA) is seeking

More information